Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 13, 2004 FBO #0808
SOLICITATION NOTICE

20 -- Shop Support Services Mechanical Fabrication and Assembly

Notice Date
2/11/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
NSWC Panama City, Code XPS1, 110 Vernon Ave Panama City, FL
 
ZIP Code
00000
 
Solicitation Number
N6133104R0018
 
Response Due
4/9/2004
 
Archive Date
5/9/2004
 
Point of Contact
Mary Hines 850-235-5389 , or Contracting Officer Carol Dreger at 850-234-4863.
 
Description
The Naval Surface Warfare Center , (NSWC) Panama City, intends to award an Indefinite Quantity contract for Shop Support Services Mechanical Fabrication and Assembly. This requirement was originally synopsized under solicitation number N61331-03-R-0033 as a Small Business Set-Aside (SBSA). However, no responsive proposals were received. Therefore, the solicitation was canceled and the requirement is being re-procured as Full and Open Competition. Proposals must be determined responsive and responsible in order for a contract to be awarded under this procurement. The contractor shall provide (a) metal cutting, (b) metal forming, (c) heat treatment, (d) surface treatment, (e) mechanical assembly or disassembly, (f) welding, brazing, and soldering, and (g) refurbishment and overhaul in accordance with Government Task Delivery Order (TDO) specifications. The contractor shall pr ovide the facilities and staff capable of full and routine use of data prepared in accordance with MIL-STD-100E, MIL-T-31000, and ASQC A8402. The Contractor shall perform precision machining, grinding, burnishing, polishing, buffing, and associated inspection as required. Machining requirements may consist of complex 3 dimensional shapes ranging up to 36 inches wide x 60 inches long x 24 inches thick in flat, cylindrical, contoured, angular, concave, convex, spherical, and a combination of these characteristics to form complex geometric shapes. The ability to perform 4-axis machining will be a minimum requirement on this contract and the ability to do 5-axis machining is highly desirable. Specifications may require tolerances ranging from plus or minus 0.032-inch to plus or minus 0.0001-inch. Cylindrical work piece size may vary from 24 inches diameter by 120 inches long to 0.0 05- inch diameter by 0.5-inch length. Flat and concave or convex work piece size may vary up to 12 inches by 12 inches. Flat machining and drilling of compound angles may be required. Cylindrical holes may vary between 0.005-inch diameters by 1.0-inch depth through 4.250-inch diameters by 14 inches depth across the inscribed diameter. Flatness of machined surfaces may be required to within 0.0001 inch per square inch of surface, but not to exceed 0.015 inch. Surface finish specifications may range from 250 to 4 micro inches. The Contractor shall provide metal sawing capabilities to support the complete range of sizes specified above. The Contractor shall have the ability to provide water-jet capabilities of 6 feet by 12 feet cutting for up to l-inch thick mild steel or 1.75-inch thick aluminum. The Contractor shall provide metal shearing capabilities for up to 0.5-inch thick by 72 inches mild steel or 0.75-inch thick by 72-inch aluminum. The Contractor shall perform sheet metal forming as required. Material thickness may vary up to 0.50-inch mild steel or 0.75-inch aluminum. Specifications may require forming to include straight bends such as is common to press brake capabilities and convex and concave geometry. Specifications my require press brake capabilities of 0.062-inch to 3.0-inch inside radius by 72 inches length for material thickness up to 0.50-inch. Metal spinning specifications shall be satisfied for up to 24 inches diameter by 24 inches length. Metal forming tolerance specifications may vary between plus or minus 9.125-inch and 0.032-inch. Concentricity specifications for metal forming may vary between plus or minus 0.03125-inch. For metal spinning, tolerance specification or the actual center location on the work piece at the largest di ameter relative to the true axis of the entire work piece may vary between 0.25-inch and 0.031-inch. Tube bending specifications may range from 0.25 inch outside diameter by 0.032-inch wall thickness by minimum centerline bend radius of 0.25-inch, to 3-inch outside tube diameter by 0.125-inch wall thickness by 3.0-inch centerline bend radius through 180 degree bends without significant tube collapse for various materials including copper, mild steel and high nickel stainless steel. The Contractor shall prove prior to contract award, press brake capabilities up to 0.5-inch thick by 72-inch length in mild steel or 0.75- inch thick by 72-inch length in aluminum. The contractor will have to pick up, rework, and deliver two 10 ft long Prop Shafts, plus ten other shafts, 5 ft or less, two to three times per year. The contractor shall provide heat treatment capabilities associated wit h ferrous and non-ferrous alloys. The Contractor shall perform various surface treatment processes. The Contractor shall provide the following processes: sand blasting, shot peening, de-scaling, cleaning, removal of grease, painting, pickling, anodizing, passivating and plating (electro-less nickel, cadmium, or chrome). Surface cleaning will include blasting with sand, glass, plastic media, and liquid cleaners and paint removers. Cleaning will include the removal of existing paint, corrosion, mineral deposits, marine crustaceans and other surface contaminates. Paints to be applied will include enamel, latex, epoxy, polyurethane, marine coatings, anti-fouling, acrylic, and other possible coatings including appropriate primers for these paints. The Contractor shall perform welding, brazing, and soldering as required by TDO requirements. The Contractor shall provide the following capabilities: Gas tungsten Arc Weld, Gas Metal Arc Weld, Shielded Metal Arc Weld, Resistance Spot Welding, Torch Brazing, Oxygen Cutting, Plasma Arc Cutting, and Soldering. Welder, weld procedure, and welding equipment certification shall be provided. The Contractor shall provide capability for welding on any weldable Ferrous and non-ferrous metals, as well as exotic materials. The Contractor shall, in response to TDO requirements, refurbish, and repair or rebuild mechanical parts and assemblies. The Contractor shall provide the following: (a) disassembly; (b) removal of surface contamination such as corrosion, mineral deposits, sea crustaceans such as barnacles, (c) repair or replacement of damaged or worn components; (d) repainting or reapplication of other surface finishes; (e) reassembly; and (f) shop test for mechanical operability in accordance with Government or original equipment manufacturer specifications. The Contractor shall perform all functions on nonmetallic materials, (such as plastics, rubber, wood, and composites) to the extent that metal working and wood working equipment, processes and tolerances are viable and compatible with such nonmetallic materials. The contractor shall provide the capabilities to inspect, test and certify in accordance with ISO-9001-2000. The period of performance for this contract will be five (5) years. This is a Full and Open Competition requirement. The Government reserves the right to conduct a pre-award survey prior to award of the contract. NAICS Codes 332710 and 332721 apply. SBA Size Standard is 500 employees. NSWC Panama City plans on releasing the solicitation electronically only. Interested firms must request the solicitation in writing or via e-mail. Contract Specialist: Mary F. Hines, Code XPS1, e-mail mary.f.hines@navy.mil Requests should include the prospective offeror's Commercial and Government Entity (CAGE) Code, physical mailing address, email address, point of contact, and telephone number. This effort requires that a sample part be submitted with the offer. The sample part drawing will be mailed to all potential offerors. Therefore, please include your mailing address. Telephone requests will not be accepted. Solicitation will be available for download on or about 25 Feb 04. Solicitations and any Amendments may be downloaded from http://www.ncsc.navy.mil/Contracts/ZTables/syntab.htm. No Solicitations or Amendments will be mailed to offerors. Therefore, it's incumbent upon the potential offeror to be cognitive of the NSWC Panama City Internet, NECO or FEDBIZOPPS for all releases.
 
Web Link
NSWC Panama City Synopses
(http://www.ncsc.navy.mil/Contracts/Ztables/syntable.htm)
 
Record
SN00520722-W 20040213/040211212820 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.